Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
SOLICITATION NOTICE

X -- Gunnison BLM

Notice Date
12/19/2017
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R8 Rocky Mtn Region, Portfolio Mgmt Division (47PJ01), One Denver Federal Center, PO Box 25546, Denver, Colorado 80225-0546, United States, Denver, Colorado, 80225-0546, United States
 
ZIP Code
80225-0546
 
Solicitation Number
5CO0532(BLM)
 
Archive Date
1/20/2018
 
Point of Contact
Christy J. Sebring, Phone: 3032364617
 
E-Mail Address
christy.sebring@gsa.gov
(christy.sebring@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
GSA Public Buildings Service Expressions of Interest - 5CO0532 General Services Administration (GSA) seeks to lease the following space: State: Colorado City: Gunnison Delineated Area: Within 1 mile of the City Limits to include the City Limits of Gunnison, CO Minimum Sq. Ft. (ABOA): 5,400 USF Office 3,500 USF Warehouse 37,000 SF Wareyard Maximum Sq. Ft. (ABOA): 5,400 USF Office 3,500 USF Warehouse 37,000 SF fenced/secured Wareyard Space Type: Office, Warehouse, Wareyard Parking Spaces (Total): 30 Parking Spaces (Surface): 30 Parking Spaces (Structured): 0 Parking Spaces (Reserved): Full Term: 20 Years Firm Term: 20 Years Additional Requirements: Required space will consist of Class A office space located at one facility (office space and warehouse space may not be separated). Offered space may be renovated to supply first class office and warehouse space. All security standards must meet ISC and Publication 64 standards. All services, supplies and required tenant improvements are to be provided as part of the rental consideration. The offered space and all parking must be accessible in compliance with the Architectural Barriers Act Accessibility Standard (ABAAS), all fire and life safety requirements, General Services Administration's sustainability standards, and seismic requirements. Offered space shall not be in the 100 year flood plain unless the Government has determined it to be the only practicable alternative. Offered buildings shall not be located adjacent to schools, residential areas, prisons/jails, primarily industrial areas, or in close proximity to any operations causing excessive odors or noise. The entire space shall be located on the ground floor and contiguous. A minimum 10' ceiling height from finished floor is required throughout the office space and a 16' clear ceiling height; minimum of 30' on-center column structure; contiguous to office space and wareyard, 2 bays each with sectional overhead door, all areas/rooms to have HVAC requirements. Contiguous Wareyard: Paved, fenced (barbed-wire at top) and lit with two (2) automated rolling gates; contiguous to storage space; must accommodate 70' tracker trailers with adequate turn radius on site and includes parking Spaces (Total): 23 vehicle & 8 trailer parking spaces. Parking Spaces (Surface, outside of wareyard): 45 parking spaces (10' X 20') and 3 RV (10 X 40). All parking spaces must be secured and lit per lease requirements. Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease. Site Requirements A. Site must have underground city utilities (electricity, gas, water, sewer, and telecommunication facilities capable of supporting DS1 service). B. The site must provide public visibility and have immediate and safe access to principal and minor arterial roads. C. Areas which are not acceptable as sites for this facility are areas with known past or present contamination by hazardous waste materials and any site which is located in a predominately industrial (semi-truck traffic, not near public transportation, etc.), residential or school area. D. The site must be large enough and configured in such a way as to provide efficient, convenient and flexible use of the site. E. The site must provide separate ingress and egress from public roads, separated by a distance of no less than 300 feet between each access point. Must be capable of sending/receiving radio and microware transmission clearly, support SD1 service, and provide consistent and clear cellphone reception. • The footprint, column spacing and overhead configuration of each type of space shall not impede efficient layout of the space for Government's planned use. • Space offered shall be dedicated solely for the use of the Government tenant(s). If multiple-tenant facilities are offered, Offeror must show a distinct separation of Government space and operations from the other tenants acceptable to GSA through the full term of the lease. • Government to pay directly for electric and gas utilities. Lessor to provide other services as stated in the Lease, maintenance & repair to the space/building. Action : Choose whether or not a fully serviced lease is required. Also choose 100 year floodplain unless requirement is identified by agency as a critical action. Action : for fbo postings, insert the following language only for potential sole source succeeding lease actions. Delete for procurement summary page. Action : For FBO postings, delete "offers due;" for procurement summary, keep "offers due" and delete "(estimated)" from dates. Expressions of Interest Due: January 5, 2018 Market Survey (Estimated): February 6, 2018 Offers Due: March 1, 2018 Occupancy (Estimated): May1, 2019 Send Expressions of Interest to: Name/Title: Christy Sebring, Lease Contracting Officer Address: DFC, Building 41, Room 240, P.O. Box 25545 (8PSM), Denver, CO 80225-0546 Office/Fax: (303) 236-4617 Email Address: Christy.Sebring@gsa.gov Government Contact Lease Contracting Officer Christy Sebring Leasing Specialist Broker None In order to be considered, expressions of interest must include all of the following information : •1. Building name and address and location of the available space within the building •2. Rentable square feet available, and expected rental rate per rentable square foot, fully serviced •3. ABOA square feet to be offered, and expected rental rate per ABOA square foot, fully service. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, if any. •4. Date of space availability •5. Building ownership information Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking (if any)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PG/5CO0532(BLM)/listing.html)
 
Place of Performance
Address: Gunnison, Colorado, United States
 
Record
SN04770599-W 20171221/171219230952-2524377a64661e036d8ab79354d6be3f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.